SOLICITATION NOTICE
Q -- MEDICAL MONITORING
- Notice Date
- 12/22/2008
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 621498
— All Other Outpatient Care Centers
- Contracting Office
- Department of the Army, National Guard Bureau, USPFO for Florida, USPFO for Florida, 189 Marine Street, St. Augustine, FL 32085-1008
- ZIP Code
- 32085-1008
- Solicitation Number
- W911YN-09-T-0003
- Response Due
- 1/12/2009
- Archive Date
- 3/13/2009
- Point of Contact
- Debbie Rice, 904-823-0555<br />
- Small Business Set-Aside
- Total Small Business
- Description
- This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. The following requirements are mandatory for establishment of a contract for the Florida Occupational Safety and Health Office (SOH) for a vendor to provide services for the Florida Army National Guard: MEDICAL MONITORING must be accomplished to meet regulatory and OSHA requirements of the Florida Army National Guard Technicians that work in hazardous environments. a.Perform Audiometry Exam (Hearing Test). Perform audiogram in accordance with 29 CFR 1910.95 OSHA standards and DA Pam 40-501. b.Perform pulmonary function test in accordance with 29 CFR 1910.120 OSHA standards to allow the wear of respirator. Review respirator fit evaluation paperwork for soldier with changes. c.Perform vision screening using TITMUS equipment. d.Record blood pressure. e.Record height/weight in inches and pounds. f.Blood draw and testing for carcinogens on certain individuals as necessary. 20 Chem panel: 1) Chloride, bicarbonate, 2)Glucose, 3) Blood urea nitrogen, 4) Creatinine, 5) Uric acid, 6) LDH, SGOT, SGPT, GGTP, 7) Alkaline phosphatase, 8) Bilirubin, 9) Total protein, 10) Albumin and globulin, 11) Cholesterol, 12) Triglycerides, 13) HDL, Cholesterol, 14) Potassium, 15) Calcium. Painters/Welders/Machinist must have blood lead level, CBC with differential and ZPP performed annually. g.Provide FLNG-OSH with master summary report to include hearing shifts and reestablishment of baselines and pulmonary function results including abnormalities. h.The company must be compatible with our software program Defense Occupational and Environmental Health Readiness System (DOEHRS) and be able to provide this data to the Safety and Occupational Health Office on a CD with instructions on how to upload to the DOEHRS software. i.The estimate of technicians to undergo monitoring will vary from year-to-year, but will average 250 350 personnel total and are located at a maximum of 22 different sites throughout the state of Florida. Locations to be determined by requirements. Vendor must be self contained and able to travel to each determined site on various dates to perform above tests. This will be coordinated with the SOH specialist. Site locations and dates will be known not later than March 1, 2009. k. A blanket Purchase Agreement will be issued for a total of five years. Period of Performance will be scheduled for the beginning of March each year. Vendor must provide qualified personnel, to include Registered Nurse or Medical assistant. Personnel must be able to determine if doctor follow-up will be required on changes to respiratory fitness test and lab work. If a further explanation of these services is required or necessary please direct all questions to the following points of contact: CPT Tammy Peters, Occupational Health Specialist (904) 823-0470. The following is a yearly requirement as long as a contract is in effect. Army will allow a reasonable fee to be charged if vendor so deems. ARMY CONTRACTOR MANPOWER REPORTING REQUIREMENT The Office of the Assistant Secretary of the Army (Manpower & Reserve Affairs) operates and maintains a secure Army data collection site where the contractor will report ALL contractor manpower (including subcontractor manpower) required for performance of this contract. The contractor is required to completely fill in all the information in the format using the following web address: https://cmra.army.mil/. The required information includes: (1) Contracting Office, Contracting Officer, Contracting Officers Technical Representative; (2) Contract number, including task and delivery order number; (3) Beginning and ending dates covered by reporting period; (4) contractor name, address, phone number, e-mail address, identity of contractor employee entering data; (5) Estimated direct labor hours (including sub-contractors); (6) Estimated direct labor dollars paid this reporting period (including sub-contractors); (7) total payments (including sub-contractors); (8) Predominant Federal Service Code (FSC) reflecting services provided by contractor (and separate predominant FSC for each Sub-contractor if different); (9) Estimated data collection cost; (10) Organizational title associated with the Unit Identification Code (UIC) for the Army Requiring Activity (the Army Requiring Activity is responsible for providing the contractor with its UIC for the purposes of reporting this information); (11) Locations where contractor and sub-contractors perform the work (specified by zip code in the Untied States and nearest city, country, when in an overseas location, using standardized nomenclature provided on website); (12) Presence of deployment or contingency contract language; and (13) Number of contractor and sub-contractor employees deployed in theater this reporting period (by country). As part of its submission, the contractor will also provide the estimated total cost (if any) incurred to comply with this reporting requirement. Reporting period will be the period of performance not to exceed 12 months ending September 30 of each government fiscal year and must be reported by 31 Oct of each calendar year. Contractors may use a direct XML data transfer to the database server or fill in the fields on the website. The XML direct transfer is a format for transferring files from a contractors systems to the secure web site without the need for separate data entries for each required data element at the web site. The specific formats for the XML direct transfer may be downloaded from the web. The following provisions and clauses apply to this procurement, FAR 52.204-7, Central contractor Registration; FAR 52.209-6, Protecting the Governments Interest When Subcontracting with Contractors Debarred, suspended, or Proposed for Debarment; FAR 52.212-1, Instructions to Offerors Commercial Items; FAR 52.212-3, Offeror Representations and Certification-Commercial Items, alternate I; FAR 52.212-4, contract Terms and Conditions-Commercial Items; FAR 52.212-5, Contract Terms and conditions Required to Implement Statutes or Executive Orders-Commercial Items Deviation; FAR 52.219-6, Notice of Total Small Business Set-Aside; FAR 52.222-3, Convict Labor; FAR 522.222-21, Prohibition of Segregated Facilities; FAR 52.222-26, Equal Opportunity; FAR 52.222-35, Equal Opportunity For Special Disabled Veterans, Veterans of the Vietnam Era, and Other eligible Veterans; FAR 52.222-36, Affirmative Action For Workers With Disabilities; FAR 52.222-37, employment Reports on special disabled Veterans, Veterans of the Vietnam Era, and Other eligible Veterans; FAR 52.222-41, Service contract Act of 1965; FAR 52.222-42 Statement of Equivalent Rates for Federal Hires (See www.wdol.gov); FAR 52.222-43 Fair Labor Standards Act Price Adjustment (Multiple Year and Option Contract); FAR 52.222-44 Fair Labor Standards Act and Service Contract Act-Price Adjustment; FAR 52.232-33, Payment by Electronic Funds Transfer-Central Contractor registration; FAR 52.233-3, Protest After Award; FAR 52.237-7 Indemnification and Medical Liability Insurance (At least the minimum amount required by the State, District or location where the services are rendered); FAR 52.242-15, Stop-Work Order; FAR 52.246-1, Cont5ractor Inspection requirements; FAR 52.247-34, F.O.B. Destination; FAR 52.252-1, Solicitation Provisions incorporated by Reference may be accessed in full text at http://farsite.hill.af.mil, http://www.arnet.gov/far, http://www.dtic.mil/dfars; FAR 52.252-2, Clauses incorporated by Reference may be accessed in full text at http://farsite.hill.af.mil, http://www.arnet.gov/far, http://www.dtic.mil/dfars; FAR 52.253-1, Computer Generated Forms; FAR 252-6, authorized Deviations In A, Required Central Contractor Registration; Responses to this notice must be received on later than 5:00 p.m. EST, 12 January 2009 at the following address: USPFO for Florida, 189 Marine Street, St. Augustine, FL 32084-5154; emailed to Debbie.rice@fl.ngb.army.mil or faxed to (904) 823-0512 to the attention of Debbie Rice. Responses may be submitted on company letterhead stationary and must include the following: Solicitation Number, Payment Terms, discount offered for prompt payment, and must include the required FAR 52.212-3 Offeror must be registered in the Central Contractor Registration (CCR) Database in order to receive an award. If you are not registered you can go through the CCR website at http://bpn.gov all responsible sources may submit a proposal, which shall be considered by the agency. Evaluation procedures will be based on Best Value using FAR Part 13.
- Web Link
-
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=8d9cf78833e8c586a80e80473d06caea&tab=core&_cview=1)
- Place of Performance
- Address: USPFO for Florida 189 Marine Street, St. Augustine FL<br />
- Zip Code: 32085-1008<br />
- Zip Code: 32085-1008<br />
- Record
- SN01722905-W 20081224/081222215116-8d9cf78833e8c586a80e80473d06caea (fbodaily.com)
- Source
-
FedBizOpps Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's FBO Daily Index Page |